Exhibit BALTIMORE COUNTY PUBLIC SCHOOLS€¦ ·  · 2011-06-08BALTIMORE COUNTY PUBLIC SCHOOLS...

33
Exhibit L BALTIMORE COUNTY PUBLIC SCHOOLS DATE: June 14, 2011 TO: BOARD OF EDUCATION FROM: Dr. Joe A. Hairston, Superintendent SUBJECT: RECOMMENDATIONS FOR AWARD OF CONTRACTS ORIGINATOR: Dr. Joe A. Hairston, Superintendent PERSON(S): Rick Gay, Manager, Office of Purchasing Michael G. Sines, Executive Director, Department of Physical Facilities RECOMMENDATION That the Board of Education approves the following contract recommendations. ***** See the attached list of contract recommendations presented for consideration by the Board of Education of Baltimore County. RLG/caj Appendix I Recommendations for Award of Contracts Board Exhibit

Transcript of Exhibit BALTIMORE COUNTY PUBLIC SCHOOLS€¦ ·  · 2011-06-08BALTIMORE COUNTY PUBLIC SCHOOLS...

Exhibit L BALTIMORE COUNTY PUBLIC SCHOOLS

DATE: June 14, 2011

TO: BOARD OF EDUCATION

FROM: Dr. Joe A. Hairston, Superintendent

SUBJECT: RECOMMENDATIONS FOR AWARD OF CONTRACTS

ORIGINATOR: Dr. Joe A. Hairston, Superintendent

PERSON(S): Rick Gay, Manager, Office of Purchasing

Michael G. Sines, Executive Director, Department of Physical Facilities

RECOMMENDATION

That the Board of Education approves the following contract recommendations.

*****

See the attached list of contract recommendations presented for consideration by the Board

of Education of Baltimore County.

RLG/caj

Appendix I – Recommendations for Award of Contracts – Board Exhibit

2

Recommendations for Award of Contracts

Board Exhibit – June 14, 2011

The following contract recommendations are presented for consideration by the Board of

Education of Baltimore County.

1. Contract Modification: Field Trip Transportation Services

Contract #: PCR-204-11

Term: N/A Extension: N/A Contract Ending Date: 6/30/21

Estimated annual award value: $ N/A

Estimated modification amount: $ N/A

Estimated total award value: $ N/A

New estimated total award value: $ N/A

Board meeting date: June 14, 2011

Description:

The Board approved this contract on January 12, 2011, and contract modifications on

February 8, 2011, March 8, 2011, April 5, 2011, and May 10, 2011. This contract modification

adds one provider to the contract, as permitted by the original solicitation.

This contract provides for student transportation services for after-school activities. Activities

range from local athletic and music competitions to day-long and overnight cultural trips.

Services are employed when BCPS’ own fleet is unavailable (due to regular bus route service)

or incapable of meeting the trip requirement (such as coach service).

Award bidders have met vehicle and facility inspection criteria that include equipment and on-

road performance evaluations and driver investigations that require on-file background

investigation, citizenship status, and drug-free testing. Additionally, award bidders are subject

to a no-notice inspection focused on safety and serviceability of a specific vehicle and driver.

Recommendation:

Award of contract modification is recommended to:

Eyre Bus Service Glenelg, MD

Responsible school or office: Department of Planning and Support

Operations

Contact person: Kara Calder

Funding source: Operating budget

3

2. Contract Modification: Preventative Maintenance and Repair of Emergency

Generator Systems

Contract #:

MBU-592-06

Term: N/A Extension: N/A Contract Ending Date: 6/30/16

Estimated total award value: $ 135,000

Estimated modification amount: $ 250,000

New estimated total award value: $ 385,000

Board meeting date: June 14, 2011

Description:

On July 11, 2006, the Board approved this contract for the preventative maintenance and repairs

of emergency generators. On December 4, 2007, the Board approved a modification for

additional funding. This modification includes the funds to exercise the option to extend the

contract for an additional five-year period.

Exercising the option to extend this contract will provide and ensure continuity of maintenance

on crucial equipment. Pricing adjustments are in line with an average 3 percent price increase

over the ten-year course of the contract (in accords with the Consumer Price Index as was

reflected in the first five years). It puts in place a contract vehicle that will maintain and give

the Department of Physical Facilities the ongoing ability and capability to install and/or affect

major repairs necessary on emergency backup generators for the next five years.

Recommendation:

Award of contract modification is recommended to:

Curtis Engine & Equipment, Inc.

Baltimore, MD

Responsible school or office: Department of Physical Facilities

Contact person: Michael G. Sines

Funding source: Operating budget

4

3. Contract: Ball Diamond Mix

Contract #:

JMI-629-11 (Baltimore County #B-311)

Term: 4 years, 4 months Extension: N/A Contract Ending Date: 10/13/15

Estimated total award value: $ 650,000

Board meeting date: June 14, 2011

Bid issued: N/A

Pre-bid meeting date: N/A

Due date: N/A

No. of vendors issued to: N/A

No. of bids received: N/A

No. of no-bids received: N/A

Description:

This contract consists of providing sand and soil mix for baseball diamonds.

Board of Education Policy 3210 and §5-112, Paragraph (3) of the Education Article of the

Annotated Code of Maryland allows BCPS to utilize contracts awarded by other government

agencies or by intergovernmental purchasing organizations if the lead agency for the contract

follows the public bidding procedures.

Recommendation:

Award of contract is recommended to:

Turf & Dirt, Inc. Eldersburg, MD

Responsible school or office: Department of Physical Facilities

Contact person: Michael G. Sines

Funding source: Operating budget

5

4. Contract: Board of Education Hearing Examiner

Contract #:

RGA-151-11

Term: 1 year Extension: N/A Contract Ending Date: 6/30/12

Estimated total award value: $ 100,000

Board meeting date: June 14, 2011

Bid issued: N/A

Pre-bid meeting date: N/A

Due date: N/A

No. of vendors issued to: N/A

No. of bids received: N/A

No. of no-bids received: N/A

Description:

The Board retains the services of hearing examiners for cases that are referred to them pursuant

to Board of Education Policy 8339. Each of the contractors listed is currently serving in the

capacity of hearing examiner.

Recommendation:

Award of contract is recommended to:

John A. Austin, Esquire

Jeff Griffith, Esquire

Gordon L. Peltz, Esquire

Gregory Szoka, Esquire

Carolyn H. Thaler, Esquire

Towson, MD

Westminster, MD

Towson, MD

Bel Air, MD

Towson, MD

Responsible school or office: Office of Law

Contact person: Margaret-Ann F. Howie, Esquire

Funding source: Operating budget

6

5. Contract: Bread Products

Contract #:

MBU-526-11

Term: 3 years Extension: 2 years Contract Ending Date: 6/30/16

Estimated total award value: $ 3,500,000

Board meeting date: June 14, 2011

Bid issued: March 3, 2011

Pre-bid meeting date: N/A

Due date: March 31, 2011

No. of vendors issued to: 13

No. of bids received: 1

No. of no-bids received: 0

Description:

This contract consists of providing various bread products for use in schools as directed by the

Office of Food and Nutrition Services. All items included in the solicitation are tested, accepted,

and meet nutritional standards. Although two bids were received, one bidder was found non-

responsive because the vendor did not provide pricing for all products per the solicitation

specifications. This is approximately $50,000 over prior years due to the introduction of a whole

grain hamburger roll that replaces a white hamburger roll.

Recommendation:

Award of contract is recommended to:

H & S Bakery, Inc.

Baltimore, MD

Responsible school or office: Department of Planning and Support

Operations

Contact person: Kara Calder

Funding source: Operating budget

7

6. Contract: Counseling Services – Intensity V

Contract #:

PCR-219-11

Term: 5 years Extension: N/A Contract Ending Date: 6/30/16

Estimated total award value: $ $475,000

Board meeting date: June 14, 2011

Bid issued: March 17, 2011

Pre-bid meeting date: March 31, 2011

Due date: April 13, 2011

No. of vendors issued to: 15

No. of bids received: 3

No. of no-bids received: 0

Description: This contract consists of a 12-month early intervention program that includes individual and

family therapy, parent training and education, 24-hour crisis intervention, and the development of

appropriate behavioral goals. The primary location of services is the White Oak School, with

follow-up services performed at students' homes. Villa Maria Schools are approved by MSDE

for this service.

Recommendation:

Award of contract is recommended to:

Villa Maria Schools

Timonium, MD

Responsible school or office: Department of Special Programs

Contact person: Kathleen McMahon

Funding source: Operating budget

8

7. Contract: Digital Course Management System Content and Resources

Contract #:

RGA-152-11 (Genesee Intermediate School District, Flint, MI)

Term: 3 years Extension: N/A Contract Ending Date: 6/12/14

Estimated total award value: $ 750,000

Board meeting date: June 14, 2011

Bid issued: N/A

Pre-bid meeting date: N/A

Due date: N/A

No. of vendors issued to: N/A

No. of bids received: N/A

No. of no-bids received: N/A

Description:

This contract consists of the purchase of digital course content and digital resources that are

aligned with state and BCPS curriculum. Courses will be loaded into the BCPS course

management system for use in the E-Center. The E–Center supports the Race to the Top

program that uses online technology to deliver the Home and Hospital program.

The E-Center is a proposed alternative program to replace the current Home and Hospital-type

programs. Students enrolled the E-Center are to receive services through a technology-based

delivery system of curriculum aligned to both state core standards and BCPS’ curriculum. The

goal of the center is to maintain all students in the courses that their peers would take to meet the

grade level requirements for K-8 and all graduation requirements for students in high school.

The E-Center will be able to deliver services 24/7 to students in this program, replacing the 6-12

hours currently being delivered by Home and Hospital programs, tutors, or teleclasses.

Additionally, the E-Center will be phased in over three years to include all grade levels and

courses. Middle, high, and elementary school courses will be added in that order. The E-Center

resources will be added in the final phase and available to all students through programs such as

summer school and evening high school. Future courses will allow BCPS to offer classes to

comprehensive schools with low enrollment—in courses such as advanced placement physics.

Board of Education Policy 3210 and §5-112, Paragraph (3) of the Education Article of the

Annotated Code of Maryland allows BCPS to utilize contracts awarded by other government

agencies or by intergovernmental purchasing organizations if the lead agency for the contract

follows the public bidding procedures.

9

Recommendation:

Award of contract is recommended to:

Pearson Virtual Learning

Lebanon, IN

Responsible school or office: Department of Student Support Services

Contact person: Dale R. Rauenzahn

Funding source: Operating budget and Race to the Top grant

funds

10

8. Contract: Food Products

Contract #:

MBU-525-11

Term: 1 year Extension: 2 years Contract Ending Date: 6/30/14

Estimated total award value: $ 15,000,000

Board meeting date: June 14, 2011

Bid issued: March 3, 2011

Pre-bid meeting date: N/A

Due date: March 31, 2011

No. of vendors issued to: 120

No. of bids received: 47

No. of no-bids received: 4

Description:

The contract consists of providing food products that meet or exceed the Healthier U. S. School

Challenge nutritional standards for use in schools as directed by the Office of Food and Nutrition

Services. A 2 percent increase in food costs is anticipated due to the introduction of more whole

grain items and additional vegetable selections.

All items included in the solicitation are tested, accepted, and meet nutritional standards. The

award to vendor(s) are based on the lowest prices and the vendor who will be awarded more than

$25,000 per the solicitation.

Recommendation:

Award of contract is recommended to:

AdvancePierre Foods, Inc.

American Food Group, LLC

Asian Food Solutions, Inc.

Cargill Kitchen Solutions

ConAgra Foods, Inc.

Crabby J Spice, LLC

Culinary Standards

Don Lee Farms

Dori Foods, Inc.

ES Foods

Feesers, Inc.

Foodco USA

Food Pro Corporation

Glennco, Inc.

Hadley Farms, Inc.

Jennie O Turkey Store

Enid, OK

Omaha, NE

Oviedo, FL

Monticello, MN

Troy, OH

Middle River, MD

Louisville, KY

Inglewood, CA

Richmond, VA

Woodbury, NY

Harrisburg, PA

Laurel, MD

Frederick, MD

Baltimore, MD

Smithsburg, MD

Willmar, MN

11

JTM Provisions, Company, Inc.

Kast Distributors, Inc.

Kellogg Sales Company dba Kellogg’s

Food Away From Home

Land O Lakes

McCain Foods USA, Inc.

M R Enterprises, Inc.

Ateeco, Inc./Mrs. T’s

Nardone Brother Baking Company, Inc.

Performance Foodservice Carroll County

Pilgrim’s Pride Corporation

Red Gold, LLC

Rich Products Corporation

Schwan’s Food Service, Inc.

Silver Springs Farm, Inc.

Tasty Brands

The Great Gourmet

Tyson Prepared Foods, Inc.

Harrison, OH

Carneys Point, NJ

Elmhurst, IL

Arden Hills, MN

Lisle, IL

Baltimore, MD

Shenandoah, PA

Wilkes Barre, PA

New Windsor, MD

Greeley, CO

Orestes, IN

Buffalo, NY

Marshall, MN

Harleysville, PA

Hicksville, NY

Federalsburg, MD

Springdale, AR

Responsible school or office: Department of Planning and Support

Operations

Contact person: Kara Calder

Funding source: Operating budget

12

9. Contract: Fork Lift(s) and Pallet Truck(s)

Contract #:

MBU-533-11

Term: 2 years Extension: N/A Contract Ending Date: 6/30/13

Estimated total award value: $ 150,000

Board meeting date: June 14, 2011

Bid issued: March 24, 2011

Pre-bid meeting date: April 5, 2011

Due date: April 14, 2011

No. of vendors issued to: 26

No. of bids received: 5

No. of no-bids received: 0

Description:

This contract consists of the purchase of fork lifts and pallet trucks to replace obsolete

equipment, as needed, for the Office of Food and Nutrition Services’ warehouse.

Recommendation:

Award of contract is recommended to:

McCall Handling Company

Baltimore, MD

Responsible school or office: Department of Planning and Support

Operations

Contact person: Kara Calder

Funding source: Operating budget

13

10. Contract: Ice Cream

Contract #:

MBU-528-11

Term: 3 years Extension: 2 years Contract Ending Date: 6/30/16

Estimated total award value: $ 1,625,000

Board meeting date: June 14, 2011

Bid issued: March 10, 2011

Pre-bid meeting date: March 21, 2011

Due date: April 7, 2011

No. of vendors issued to: 13

No. of bids received: 3

No. of no-bids received: 0

Description:

This contract consists of providing ice cream products that meet or exceed the Healthier U. S.

School Challenge (HUSSC) nutritional standards for use in schools as directed by the Office of

Food and Nutrition Services. All items awarded meet the criteria of the HUSSC.

Recommendation:

Award of contract is recommended to:

Briggs Ice Cream

Hyattsville, MD

Responsible school or office: Department of Planning and Support

Operations

Contact person: Kara Calder

Funding source: Operating budget

14

11. Contract: Micro Fiber Cleaning Supplies

Contract #:

MBU-530-11

Term: 4 years, 6 mos. Extension: 1 year Contract Ending Date: 12/31/16

Estimated total award value: $ 137,500

Board meeting date: June 14, 2011

Bid issued: March 31, 2011

Pre-bid meeting date: April 11, 2011

Due date: May 5, 2011

No. of vendors issued to: 35

No. of bids received: 5

No. of no-bids received: 1

Description:

This contract consists of providing environmentally preferred micro fiber cleaning supplies and

equipment in accordance with recently adopted Maryland legislation.

Awards are made to vendors based on the lowest cost and delivery options. Four of the five

vendors presented the lowest cost for items and a variety of delivery options.

Recommendation:

Award of contract is recommended to:

Acme Paper & Supply Company, Inc.

Quaker City Paper Company

Sam Tell & Sons, Inc.

Staples

Savage, MD

York, PA

Farmingdale, NY

Framingham, MA

Responsible school or office: Department of Physical Facilities

Contact person: Michael G. Sines

Funding source: Operating budget

15

12. Contract: Office Supplies

Contract #:

JNI-759-11 (Carroll County Public Schools Bid #11-018RR)

Term: 5 years Extension: N/A Contract Ending Date: 6/30/16

Estimated total award value: $ 1,250,000

Board meeting date: June 14, 2011

Bid issued: N/A

Pre-bid meeting date: N/A

Due date: N/A

No. of vendors issued to: N/A

No. of bids received: N/A

No. of no-bids received: N/A

Description:

This contract consists of providing office supplies. W.B. Mason purchased Kelly’s Stationery

who had a contract with us that has now expired. This award continues to allow for an

opportunity for price comparison within the eSchoolMall system when purchasing office

supplies.

Board of Education Policy 3210 and §5-112, Paragraph (3) of the Education Article of the

Annotated Code of Maryland allows BCPS to utilize contracts awarded by other government

agencies or by intergovernmental purchasing organizations if the lead agency for the contract

follows the public bidding procedures.

Recommendation:

Award of contract is recommended to:

W.B. Mason Company, Inc.

Boston, MA

Responsible school or office: Department of Fiscal Services

Contact person: Barbara Burnopp

Funding source: Operating budget

16

13. Contract: Paper, Plastic, and Foam Products

Contract #:

MBU-524-11

Term: 1 year Extension: 2 years Contract Ending Date: 6/30/14

Estimated total award value: $ 3,000,000

Board meeting date: June 14, 2011

Bid issued: March 17, 2011

Pre-bid meeting date: March 24, 2011

Due date: April 7, 2011

No. of vendors issued to: 108

No. of bids received: 15

No. of no-bids received: 0

Description:

This contract consists of providing the necessary paper, plastic, and foam products for use in

schools as directed by the Office of Food and Nutrition Services.

This is line item procurement and award was made to the vendor or vendors offering the lowest

prices on 60 different line items. Four of the 15 had the lowest prices on all items solicited.

Recommendation:

Award of contract is recommended to:

Acme Paper & Supply Company, Inc.

Calico Industries, Inc.

Eastern Bag & Paper Group

S. Freedom & Sons, Inc.

Savage, MD

Annapolis Junction, MD

New Market, MD

Landover, MD

Responsible school or office: Department of Planning and Support

Operations

Contact person: Kara Calder

Funding source: Operating budget

17

14. Contract: Piano Loan Program

Contract #:

PCR-223-11

Term: 5 years Extension: N/A Contract Ending Date: 6/30/16

Estimated total award value: $ N/A

Board meeting date: June 14, 2011

Bid issued: April 7, 2011

Pre-bid meeting date: April 28, 2011

Due date: May 11, 2011

No. of vendors issued to: 5

No. of bids received: 1

No. of no-bids received: 0

Description:

The Public School Piano Loan Program consists of loaning pianos to public schools in exchange

for publicity. As facilitated in BCPS, a music instrument dealer will provide acoustic and digital

pianos to various schools as directed by the Office of Music. The dealer’s responsibilities

include delivering and setting up the instruments, tuning and maintaining them, replacing them

annually with new instruments, and insuring the instruments against damage and loss. The

dealers pay all costs of the program. There is no cash outlay and no purchase by BCPS. There is

no requirement that BCPS endorse the dealers or their products. In return, participating schools

provide publicity for the dealers that may be in the form of press releases, articles in school

music programs, and the distribution of an annual letter sent to students’ families that explains

the program.

Recommendation:

Award of contract is recommended to:

Jason’s Music Center, Inc.

Pasadena, MD

Responsible school or office: Department of Special Programs

Contact person: Kathleen McMahon

Funding source: N/A

18

15. Contract: Preventative Maintenance Services for the Office of Food and Nutrition

Services’ Warehouse Refrigeration System

Contract #:

MBU-519-11

Term: 4 years, 6 mos. Extension: 3 years Contract Ending Date: 12/31/18

Estimated total award value: $ 225,000

Board meeting date: June 14, 2011

Bid issued: March 10, 2011

Pre-bid meeting date: March 25, 2011

Due date: April 7, 2011

No. of vendors issued to: 10

No. of bids received: 2

No. of no-bids received: 0

Description:

This contract consists of providing regularly scheduled preventative maintenance services and

repair for the Office of Food and Nutrition Services’ warehouse refrigeration system, as needed.

Recommendation:

Award of contract is recommended to:

RCS Commercial Air

Laurel, MD

Responsible school or office: Department of Planning and Support

Operations

Contact person: Kara Calder

Funding source: Operating budget

19

16. Contract: Printing of Student Handbooks

Contract #:

MBU-517-11

Term: 1 year Extension: 2 years Contract Ending Date: 6/30/14

Estimated total award value: $ 105,000

Board meeting date: June 14, 2011

Bid issued: April 14, 2011

Pre-bid meeting date: April 28, 2011

Due date: May 12, 2011

No. of vendors issued to: 177

No. of bids received: 8

No. of no-bids received: 5

Description:

This contract consists of printing, packaging, and delivering the student handbook for delivery to

each school. More than 111,000 copies will be printed this year. The service will also include

the printing of 40,000 additional copies of an adapted version of the handbook with a heavier

cover.

Recommendation:

Award of contract is recommended to:

Independent Printing

Savage, MD

Responsible school or office: Department of Student Support Services

Contact person: Dale Rauenzahn

Funding source: Operating budget

20

17. Contract: Produce

Contract #:

MBU-529-11

Term: 1 year Extension: 1 year Contract Ending Date: 6/30/13

Estimated total award value: $ 1,350,000

Board meeting date: June 14, 2011

Bid issued: March 3, 2011

Pre-bid meeting date: N/A

Due date: March 31, 2011

No. of vendors issued to: 12

No. of bids received: 3

No. of no-bids received: 0

Description:

This contract consists of providing produce for use in schools as directed by the Office of Food

and Nutrition Services.

This is less than the amount spent this year. Next year BCPS will be utilizing $200,000 of the

government commodity funds to purchase fresh fruits and vegetables. This will allow BCPS to

offer a wider variety of fresh fruits and vegetables.

Recommendation:

Award of contract is recommended to:

Keany Produce

Landover, MD

Responsible school or office: Department of Planning and Support

Operations

Contact person: Kara Calder

Funding source: Operating budget

21

18. Contract: Snacks

Contract #:

MBU-527-11

Term: 1 year Extension: 2 years Contract Ending Date: 6/30/14

Estimated total award value: $ 300,000

Board meeting date: June 14, 2011

Bid issued: March 11, 2011

Pre-bid meeting date: March 24, 2011

Due date: April 7, 2011

No. of vendors issued to: 30

No. of bids received: 6

No. of no-bids received: 0

Description:

This contract consists of providing snack products that meet or exceed the Healthier U. S. School

Challenge nutritional standards for use in schools as directed by the Office of Food and Nutrition

Services.

Recommendation:

Award of contract is recommended to:

Royalle Dining Services

Linden Cookies, Inc.

Owings, MD

Congers, NY

Responsible school or office: Department of Planning and Support

Operations

Contact person: Kara Calder

Funding source: Operating budget

22

19. Contract: Transportation Services for New Textbooks

Contract #:

JNI-760-11 (Educational Services Commission, Morris County, NJ)

Term: 1 year Extension: 4 years Contract Ending Date: 6/30/16

Estimated total award value: $ 145,000

Board meeting date: June 14, 2011

Bid issued: N/A

Pre-bid meeting date: N/A

Due date: N/A

No. of vendors issued to: N/A

No. of bids received: N/A

No. of no-bids received: N/A

Description:

This contract consists of pickup and delivery of new textbooks, as needed. The books will be

delivered to the Distribution Services’ warehouse on or before the beginning of school each year.

Distribution Services will deliver the texts to the individual schools prior to the beginning of

classes. This contract is for the transport of new textbooks and provides an additional vendor

that allows for comparison pricing.

Board of Education Policy 3210 and §5-112, Paragraph (3) of the Education Article of the

Annotated Code of Maryland allows BCPS to utilize contracts awarded by other government

agencies or by intergovernmental purchasing organizations if the lead agency for the contract

follows the public bidding procedures.

Recommendation:

Award of contract is recommended to:

Book-it Distribution

Oak Ridge, NJ

Responsible school or office: Department of Fiscal Services

Contact person: Barbara Burnopp

Funding source: Operating budget

23

20. Contract: Construction Package 12A (Casework) – Dundalk and Sollers Point High

Schools

Contract #: JMI-623-11

Term: N/A Extension: N/A Contract Ending Date: N/A

Estimated annual award value: $ 1,915,698

Estimated contingency amount: $ 191,569

Estimated total award value: $ 2,107,267

Board meeting date: June 14, 2011

Bid issued: March 24, 2011

Pre-bid meeting date: April 5, 2011

Due date: April 26, 2011

No. of vendors issued to: 4

No. of bids received: 4

No. of no-bids received: 0

Description:

This contract provides for all wall and base casework with associated countertops for

laboratories, laboratory fume hoods, miscellaneous classroom casework, music education

storage for the facility, and all ancillary materials required to accomplish the work.

Recommendation:

Award of contract is recommended to:

Thoma, Inc. Moorestown, NJ

Responsible school or office: Department of Physical Facilities

Contact person: Michael G. Sines

Funding source: Capital budget

24

Contract: Construction Package 12A (Casework) – Dundalk and Sollers Point High

Schools

Contract #: JMI-623-11

Bidders’ Names

Thoma, Inc.

Diversified

Educational

Systems Steel Products Fallston Supply

Base Bid $1,783,681 $1,891,530 $1,945,549 $1,932,000

Alt. No. 1A ADD: Provide

Auditorium as indicated on drawings

with Davis-Bacon Act - Wage

Determinations. NA $15,517 $4,141 NA

Alt. No. 2A ADD: Provide Music

Suite as indicated on drawings, with

Davis-Bacon Act - Wage

Determinations. $24,753 $28,790 $27,900 $26,000

Alt. No. 3A ADD: Provide all items

associated with specification section

123551 with Davis-Bacon Act -

Wage Determinations.

$107,264 $95,876 $101,000 $118,000

Alt. No. 5 ADD: Provide add amount

to base bid for utilizing the Davis-

Bacon Act - Wage Determinations. 0 0 0 86,000

Total: $1,915,698 $2,031,713 $2,078,590 $2,162,000

25

21. Contract: Baltimore Gas and Electric Services – Dundalk and Sollers Point High

Schools

Contract #: JMI-631-11

Term: N/A Extension: N/A Contract Ending Date: N/A

Estimated annual award value: $ 133,687

Estimated contingency amount: $ N/A

Estimated total award value: $ 133,687

Board meeting date: June 14, 2011

Description:

A contract with the Baltimore Gas & Electric Company (BGE) is required to provide new

permanent gas and electric services to the new school.

Recommendation:

Award of contract is recommended to:

Baltimore Gas & Electric Co. Baltimore, MD

Responsible school or office: Department of Physical Facilities

Contact person: Michael G. Sines

Funding source: Capital budget

26

22. Contract: Baltimore County Permits and Development Management – Dundalk and

Sollers Point High Schools

Contract #: JMI-630-11

Term: N/A Extension: N/A Contract Ending Date: N/A

Estimated annual award value: $ 52,873

Estimated contingency amount: $ N/A

Estimated total award value: $ 52,873

Board meeting date: June 14, 2011

Description:

Baltimore County Public Schools (BCPS) is required to pay utility work charges for water

system connection ($25,970), storm drain connection ($2,419), and required entrance

modification ($24,484).

Recommendation:

Award of contract is recommended to:

Baltimore County PDM Towson, MD

Responsible school or office: Department of Physical Facilities

Contact person: Michael G. Sines

Funding source: Capital budget

27

23. Contract: Fire Code Upgrades – Greenwood Complex

Contract #: MBU-534-11

Term: N/A Extension: N/A Contract Ending Date: N/A

Estimated annual award value: $ 468,100

Estimated contingency amount: $ 46,810

Estimated total award value: $ 514,910

Board meeting date: June 14, 2011

Bid issued: March 24, 2011

Pre-bid meeting date: April 4, 2011

Due date: April 15, 2011

No. of vendors issued to: 7

No. of bids received: 3

No. of no-bids received: 0

Description:

This project consists of fire code upgrades to buildings A, C, and D at the Greenwood complex

as required by Baltimore County Fire Department inspections. Funding for this project is

included in the FY 2012 capital budget.

Recommendation:

Award of contract is recommended to:

RWC Contracting LLC Baltimore, MD

Responsible school or office: Department of Physical Facilities

Contact person: Michael G. Sines

Funding source: Capital budget

Bidders’ Names

RWC Contracting

LLC

Warwick Supply &

Equipment Co., Inc.

Huntington & Hopkins,

Inc.

Base Bid $354,600 $598,000 $873,123

Alternate No. 1

ADD: Building "D"

the Law Cottage $27,500 $35,000 $44,107

Alternate No. 2

ADD: Building "C" $86,000 $100,000 $112,158

Total $468,100 $733,000 $1,029,388

28

24. Contract: New Entrance – Hillcrest Elementary School

Contract #: JMI-625-11

Term: N/A Extension: N/A Contract Ending Date: N/A

Estimated annual award value: $ 94,864

Estimated contingency amount: $ 9,486

Estimated total award value: $ 104,350

Board meeting date: June 14, 2011

Bid issued: April 14, 2011

Pre-bid meeting date: May 3, 2011

Due date: May 16, 2011

No. of vendors issued to: 8

No. of bids received: 2

No. of no-bids received: 0

Description:

This project consists of construction of a new entrance to the school site, improvements to the

existing storm drain system, and relocation of existing electric and traffic control cables along

Frederick Road.

Recommendation:

Award of contract is recommended to:

Machado Construction Co., Inc. Baltimore, MD

Responsible school or office: Department of Physical Facilities

Contact person: Michael G. Sines

Funding source: Capital budget

Bidders’ Names

Machado Construction Co.,

Inc.

P. Flanigan & Sons, Inc.

Part A Lump Sum Item $82,589 $163,972

Part B Unit Price Items $12,275 $12,275

Total $94,864 $176,247

29

25. Contract: Roof Replacement – Lutherville Laboratory

Contract #: MWE-834-11

Term: N/A Extension: N/A Contract Ending Date: N/A

Estimated annual award value: $ 1,314,864

Estimated contingency amount: $ 131,486

Estimated total award value: $ 1,446,350

Board meeting date: June 14, 2011

Description:

This project consists of the removal of the existing roof system and the installation of

approximately 55,034 square feet of a four-ply, built-up, cold-coat surface and gravel roof

system with a 20-year warranty. Funding for this project is included in the FY 2012 capital

budget.

Recommendation:

Award of contract is recommended to:

Pennsylvania Education Joint Purchasing

Council (PAEJPC)/ Weatherproofing

Technologies, Inc.

(TREMCO)

Ashburn, VA

Responsible school or office: Department of Physical Facilities

Contact person: Michael G. Sines

Funding source: Capital budget

30

26. Contract: Replacement of Windows, Blinds, and Doors – Relay Elementary School

Contract #: MBU-531-11

Term: N/A Extension: N/A Contract Ending Date: N/A

Estimated annual award value: $ 258,188

Estimated contingency amount: $ 25,818

Estimated total award value: $ 284,006

Board meeting date: June 14, 2011

Bid issued: March 31, 2011

Pre-bid meeting date: April 13, 2011

Due date: April 28, 2011

No. of vendors issued to: 11

No. of bids received: 4

No. of no-bids received: 0

Description:

This project consists of the removal and replacement of the exterior windows, blinds, exterior

doors and frames, and other associated work. This work will benefit all areas of the school with

the installation of new energy-efficient aluminum window frames and energy-efficient double

glazing. The doors will be replaced with new steel doors, frames, and hardware that meet all

required code requirements.

Recommendation:

Award of contract is recommended to:

Baltimore Contractors, Inc. Baltimore, MD

Responsible school or office: Department of Physical Facilities

Contact person: Michael G. Sines

Funding source: Capital budget

Bidders’ Names

Baltimore

Contractors,

Inc.

Bob Andrews

Construction,

Inc.

E. Pikounis

Construction

Co. Inc.

JAK

Construction

Co. Inc.

Base Bid $258,188 $258,680 $267,000 $320,000

Total $258,188 $258,680 $267,000 $320,000

31

27. Contract: Roof Replacement – Sudbrook Magnet Middle School

Contract #: JNI-752-11

Term: N/A Extension: N/A Contract Ending Date: N/A

Estimated annual award value: $ 1,519,566

Estimated contingency amount: $ 151,957

Estimated total award value: $ 1,671,523

Board meeting date: June 14, 2011

Description:

This project consists of the removal of the existing roof system and the installation of

approximately 71,537 square feet of a four-ply, built-up, cold-coat surface and gravel roof

system with a 20-year warranty. Funding for this project is included in the FY 2012 capital

budget.

Recommendation:

Award of contract is recommended to:

Pennsylvania Education Joint Purchasing

Council (PAEJPC)/ Weatherproofing

Technologies, Inc. (TREMCO)

Ashburn, VA

Responsible school or office: Department of Physical Facilities

Contact person: Michael G. Sines

Funding source: Capital budget

32

28. Contract: Roof Replacement – Westowne Elementary School

Contract #: MWE-836-11

Term: N/A Extension: N/A Contract Ending Date: N/A

Estimated annual award value: $ 1,307,313

Estimated contingency amount: $ 130,731

Estimated total award value: $ 1,438,044

Board meeting date: June 14, 2011

Description:

This project consists of the removal of the existing roof system and the installation of

approximately 59,700 square feet of a four-ply, built-up, cold-coat surface and gravel roof

system with a 20-year warranty. Funding for this project is included in the FY 2012 capital

budget.

Recommendation:

Award of contract is recommended to:

Pennsylvania Education Joint Purchasing

Council (PAEJPC)/ Weatherproofing

Technologies, Inc.

(TREMCO)

Ashburn, VA

Responsible school or office: Department of Physical Facilities

Contact person: Michael G. Sines

Funding source: Capital budget

33

29. Request for Approval: Educational Facilities Master Plan and Comprehensive

Maintenance Plan FY 2012

Contract #:

RGA-154-11

Term: N/A Extension: N/A Contract Ending Date: N/A

Estimated annual award value: N/A

Board meeting date: June 14, 2011

Bid issued: N/A

Pre-bid meeting date: N/A

Due date: N/A

No. of vendors issued to: N/A

No. of bids received: N/A

No. of no-bids received: N/A

Description:

The state of Maryland’s Public School Construction Program requires the submission of an

Educational Facilities Master Plan and a Comprehensive Maintenance Plan on an annual basis.

The Educational Facilities Master Plan serves as the primary facilities document to ensure

appropriate planning of capital projects to support the delivery of educational programs. The

Comprehensive Maintenance Plan represents the agencies program of maintenance which

supports the delivery of educational programs in safe and healthy physical environments.

Essential components included in the Educational Facilities Master Plan are: goals, standards,

and guidelines; community analysis; inventory and evaluation; enrollment data; and facility

needs analysis. The Comprehensive Maintenance Plan is structured to include: scheduled

maintenance (preventative maintenance, modifications and alterations, and scheduled

replacement); unscheduled maintenance (unscheduled and vandalism repairs); and deferred

maintenance.

Both plans are consistent with Performance Goals 4 and 8 of the Blueprint for Progress. The full

report will be distributed to the Board under separate cover.

Recommendation:

Approval of plans

Responsible school or office: Department of Physical Facilities

Department of Planning and Support

Operations

Contact person: Michael G. Sines

Kara Calder

Funding source: N/A